Architect Design Services Framework – London
This partnership between LHC and Southwark Council seeks to appoint up to 20 of the very best established and emerging, architect practices with diverse leadership and employees.
United Kingdom-Uxbridge: Architectural, construction, engineering and inspection services
2020/S 239-592230
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 2 Vine Street
Town: Uxbridge
NUTS code: UKI LONDON
Postal code: UB8 1QE
Country: United Kingdom
Contact person: MS Shona Snow
E-mail: shona.snow@lhc.gov.uk
Internet address(es):
Main address: http://www.lhc.gov.uk
Address of the buyer profile: http://www.lhc.gov.uk
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Architect Design Services (ADS1.1) Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This partnership between LHC and Southwark Council seeks to appoint up to 20 of the very best established and emerging, architect practices with diverse leadership and employees.
The proposal is to use both this new framework and our original ADS1 framework (Contract Notice 2020/S 101-245136) as one enhanced solution that together offers a representative and comprehensive panel of architects who come with a range of ethnicities, socio-economic backgrounds and experience that reflects Southwark and the wider London demographic.
Southwark is committed to come together to tackle ingrained structural inequality and bring about real and positive change in its borough. The importance of effective engagement with young people and the community as a whole is recognised in designing and creating good public spaces, commercial, educational and residential spaces. It is important to empower different groups so that spaces can be used effectively by all and as places to bring people together. We seek practices who understand this and who live and breathe diversity and inclusion in their organisation, which in turn will influence how they design and deliver their schemes.
This opportunity is open to any qualified architect practice, however given the project’s aims and objectives, we are particularly encouraging applications from qualified practices who come with:
— a diverse leadership,
— employee model that represents the diversity of London,
— lived experience of disadvantaged communities,
— a background of having overcome adversity or disadvantage either as a result of protected characteristics or another reason,
— success in bringing under-privileged and BAME architects/interns through their business (ie. sponsorship and paid work),
— a well established and demonstrable equality, diversity & inclusion approach in how they run their business and how they design their schemes,
— the ability to relate to under-represented and hard-to-reach communities,
— the ability to reach out to young people in disadvantaged communities, such that young people look up to them as inspirational role models they can relate to.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Strategic master-planning and feasibility studies.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Education, social care and community provisions.
Value band 1: construction scheme value up to GBP 5 million (no turnover threshold);
Value band 2: construction scheme value between GBP 5 million — GBP 20 million (turnover GBP 500 000+);
Value band 3: construction scheme value over GBP 10 million (turnover GBP 1 million+).
Annual turnover will be for the financial years 2018-19 and 2019-20.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
New Homes.
Value Band 1: construction scheme value up to GBP 5 million (no turnover threshold)
Value Band 2: construction scheme value between GBP 5 million — GBP 20 million (turnover GBP 500 000+)
Value Band 3: construction scheme value over GBP 10 million (turnover GBP 1 million+)
Annual turnover will be for the financial years 2018-19 and 2019-20.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Commercial and Industrial
Value Band 1: construction scheme value up to GBP 5 million (no turnover threshold);
Value Band 2: construction scheme value between GBP 5 million — GBP 20 million (turnover GBP 500 000+);
Value Band 3: construction scheme value over GBP 10 million (turnover GBP 1 million+);
Annual turnover will be for the financial years 2018-19 and 2019-20.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Conservation and heritage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Public realm and landscaping.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
New design — no specific use sector. Turnover threshold is a maximum of GBP 2 million.
Annual turnover will be for the financial years 2018-19 and 2019-20.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The contracting authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the works at its sole discretion. The contracting authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the Contracting Authority shall be incurred entirely at that applicant’s/tenderer’s risk.
Appointment to the framework is no guarantee of work or of any minimum amount of work pursuant to that framework.
VI.4.1)Review body
Postal address: Roseberry Court, Central Avenue, St Andrews Business Park
Town: Norwich
Postal code: NR7 0HS
Country: United Kingdom
VI.5)Date of dispatch of this notice: